|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 30,1998 PSA#2062U.S. Army Corps of Engineers, Philadelphia Wanamaker Building, Room
643, 100 Penn Square East, Philadelphia, Pennsylvania 19107 C -- INDEFINITE DELIVERY CONTRACT FOR ENVIRONMENTAL AND
HAZARDOUS/TOXIC SERVICES!! SOL N/A!! POC Robert Bencal, (215) 656-6606
17. 1. CONTRACT INFORMATION: The Philadelphia District, U.S. Army
Corps of Engineers intends to award up to two (2) Indefinite Delivery
Contract(s) for Environmental and Hazardous/Toxic Services with options
for two additional periods. Although the maximum task order limit is
$1,000,000, it is envisioned that most task orders will be $300,000 or
less. The cumulative total of all task orders in either the base
period or two option periods shall not exceed $1,000,000. The
cumulative total of all task orders in either the base and option
periods shall not exceed $3,000,000. Options may be awarded based on
value used or time at the discretion of the Contracting Officer. 2.
PROJECT INFORMATION: The selected firm(s) will be used primarily for
Environmental and Hazardous/Toxic type services principally for support
of Military Installations, Civil Works, the Work for Others Program and
missions assigned to the Philadelphia district. The District's
boundaries include portions of the states of Pennsylvania, New Jersey,
New York, Maryland and Delaware. Work outside the District's civil
works boundaries may be required. Individual task orders will be
allocated among the contracts using the following criteria in
descending order of importance: (1) the specialized experience of the
selected firm, such as type of work (investigation, remediation, soils,
groundwater); (2) conflict of interest; (3) capacity to accomplish the
task order in the required time; (4) distribution of work among the
contractors. The firm(s) will be used primarily for Environmental and
Hazardous/Toxic type projects to include, but not limited to,
preparation of environmental assessments, preliminary assessments and
environmental impact statements; planning and implementation of
environmental and hazardous/toxic investigations; preparation and
implementation of plans for sampling and analysis of
hazardous/contaminated materials; preparation, implementation and
oversight of site specific health and safety plans; preparation of
designs, plans, specifications and cost estimates for
removal/remediation/abatement of environmental hazards including
contaminated soil and groundwater, lead paint, asbestos and PCB's; and
other contaminated wastes; preparation of environmental inventories
and baseline studies; preparation of human health and ecological risk
assessments; investigation of permit requirements and preparation of
permit applications; and other related services as required to prepare
assessments, conduct investigations and prepare designs for support of
Military Installations, Civil Works, the Work for Others Program and
missions assigned to the Philadelphia District. Other secondary related
work may include but not be limited to architectural, civil,
structural, mechanical, electrical, architectural landscaping,
geotechnical engineering and archaeology. All work shall comply with
the jurisdictional regulations and laws to include the requirements for
registrations, licenses and certifications. This contract will require
use of Automated Review Management Systems (ARMS);
Micro-computer-aided Cost Estimating System (MCACES); Computer-aided
Drafting and Design (CADD); and U.S. Army Corps Computerized
Specifications (SPECSINTACT) by the selected A/E. The contract will
also require the use of a USACE MRD Validated Laboratory for analysis
of environmental samples. The A/E(s) should have the capability of
executing a minimum of three (3) task orders simultaneously. The
firm(s) will have primary services capability in-house. 3. SELECTION
CRITERIA: Significant selection evaluation criteria in relative
descending order of importance will include: (1) Specialized experience
of the firm in the primary types of work; (2) Professional
qualifications of the available staff necessary for performance of the
services; (3) Experience in other related types of work required; (4)
Capacity of the firm to accomplish the work in the required time; (5)
Past performance, especially, on Department of Defense contracts; (6)
Location of the firm with respect to work sites will bea secondary
consideration provided that a sufficient number of qualified firms
respond to this announcement; (7) Extent of participation of SB, SDB,
historically black colleges and universities, and minority institutions
in the proposed contract team, measured as a percentage of the
estimated effort; (8) Demonstrated success in prescribing the use of
recovered materials and achieving waste reduction and energy efficiency
in facility design. As a part of this submittal, it is required that
all responding firms clearly present billing amounts for all Corps of
Engineers work as well as all other Department of Defense work for the
12 months prior to this announcement. As a requirement for
negotiations. The selected contractor will submit for government
approval a quality control plan which will be enforced through the life
of the contract. The district reserves the right to terminate
negotiations with firms that do not respond to Government requests for
proposals, information, documentation, etc. 4. SUBMISSION
REQUIREMENTS: Responding firms must clearly present billing amounts for
all USACE work as well as all other DOD work for the 12 months prior to
the date of this announcement. Firms which desire consideration and
meet the requirements described in the announcement are invited to
submit a completed SF254 and SF 255 revised 11/92 for the prime firm
and SF54 for each consultant, to the above address not later than the
close of business on the 30th days after the date of this announcement.
If the 30th day is a Saturday, Sunday or Federal holiday, the deadline
is the close of business the next business day. Include ACASS number
in Block 3b of the SF 255. Call the ACASS Center at (503) 808-4591 for
information on obtaining an ACASS number. All Responders are advised
that this requirement may be canceled or revised at any time during the
solicitation, selection, selection evaluation, negotiation and/or final
award process based on the decisions related to DOD changes in force
structure and disposition of U.S. Armed Forces. This is not a request
for proposals. No other notification to firms for this project will be
made.***** (0085) Loren Data Corp. http://www.ld.com (SYN# 0023 19980330\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|